R--Travel Operations/Support
ID: N0040619Q0294Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR PUGET SOUNDBREMERTON, WA, 98314-5100, USA

PSC

SUPPORT SVCS (PROF, ADMIN, MGMT) (R)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    Presolicitation notice from the DEPT OF DEFENSE, DEPT OF THE NAVY, NAVSUP FLT LOG CTR PUGET SOUND is seeking a service to support travel operations through management, analysis, and administration of the travel program. This service is used to ensure compliance with established regulations for Government travelers in both the Contiguous United States (CONUS) and Outside the Continental United States (OCONUS). The place of performance for this service is in Singapore. The contract will be awarded on a Firm-Fixed Price, Service type basis in accordance with FAR parts 12 and 13.5. The evaluation will be conducted using FAR 52.212-2 procedures. The procurement is anticipated to be a sole source award to Vysnova Partners, Inc., a Service-disabled Veteran-owned Business (SDVOSB) concern, in accordance with FAR 19.1406. The solicitation is expected to be posted on the NECO website on or about August 7, 2019, with proposals due by August 9, 2019. All responsible sources may submit a proposal. Prospective offerors are responsible for downloading the solicitation from the NECO website and monitoring for any amendments. No telephone or fax requests will be accepted, and electronic submission of proposals/quotes via NECO is not available at this time.

    Point(s) of Contact
    tiffany wu 360-476-2194
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    WESTPAC IDIQ Industry Day
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLCY Site Singapore, is hosting the WESTPAC IDIQ Industry Day to inform industry contractors about an upcoming Indefinite Delivery Indefinite Quantity (IDIQ) contract for noncommercial ship repair services. This contract will encompass Lead Maintenance Activity (LMA), Emergent Maintenance (EM), and Continuous Maintenance (CM) services, with a contract period anticipated from January 1, 2027, to December 31, 2031, including a two-year base period and three one-year option periods. The mission aims to establish a Singapore-based LMA business unit to efficiently address ship repair needs within the SEVENTH Fleet Area of Responsibility (AOR). Interested contractors can direct inquiries to Cony Ng at cony.w.ng.ln@us.navy.mil or Emily Seratch at emily.r.seratch.civ@us.navy.mil, with further details and updates available on Sam.gov.
    Sources Sought and Notice of Intent to Issue a sole source Award - Venue and Catering Support for Official Representational Event – U.S. Embassy Singapore
    State, Department Of
    The U.S. Embassy Singapore is seeking to issue a sole-source award for venue and catering support for an official diplomatic representational event commemorating the 250th anniversary of U.S. independence and the 60th anniversary of U.S.-Singapore diplomatic relations. The selected venue must meet specific requirements, including being a licensed hospitality establishment with in-house catering, high-quality indoor and outdoor spaces, and suitable architectural and acoustic characteristics for high-level diplomatic engagements. This event is significant for fostering diplomatic relations and will involve senior officials and dignitaries, emphasizing the need for a venue that reflects the event's prestige. Interested venues that meet the criteria must submit expressions of interest by December 26, 2025, to SGProcurementRFQ@state.gov, as no competitive solicitation will be issued, and funding will come from privately donated representational funds.
    ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking proposals for the ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services contract. This procurement aims to provide comprehensive maintenance and logistical support for aircraft launching, landing, and ground handling equipment, including modernization, repair, and parts manufacturing, as outlined in NAVAIR Instruction. The contract is a total 8(a) small business set aside, with an anticipated performance period from January 2027 to January 2032, featuring five one-year ordering periods and a six-month option to extend services. Interested parties must submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with questions due by January 5, 2025, and a mandatory site visit scheduled for January 16, 2025, for eligible 8(a) offerors. For further inquiries, contact Ndidiamaka Umeh at ndidiamaka.umeh@navy.mil or Kurt Dronenburg at kurt.j.dronenburg.civ@us.navy.mil.
    NECC Central Issue Facilities Programs
    Dept Of Defense
    The Department of Defense, through the Naval Supply Center (NAVSUP) Fleet Logistics Center (FLC) Norfolk, is seeking qualified 8(a) firms to provide Central Issue Facilities Support Services for the Navy Expeditionary Combat Command (NECC). The primary objective of this procurement is to obtain analytical and logistical product support management for three Central Issue Facilities (CIFs) located in Williamsburg, Virginia, and Gulfport, Mississippi, focusing on inventory management, customer support, and logistics analysis for Infantry Combat Equipment (ICE) and medical/dental materials. This contract is anticipated to be a firm-fixed-price type, with performance expected to commence around March 26, 2026, and will span five years, including one base year and four option years. Interested parties should submit their capabilities statements by December 18, 2025, to Sherell Brown at sherell.g.brown.civ@us.navy.mil and Morgan Olszak at morgan.e.olszak.civ@us.navy.mil.
    USNS PREVAIL (TSV-1) DPMA- Synopsis
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor for the execution of the USNS Prevail (TSV-1) Drydock Phased Maintenance Availability (DPMA) in Portsmouth, VA. The availability will include hull gauging and repairs, as well as electrical, mechanical, piping, and structural repairs. Offerors must possess a valid Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) to be eligible for the award. This is a total small business set-aside procurement with a Firm Fixed Price arrangement. The contract will be awarded based on technical, past performance, and price evaluation factors. The place of performance is restricted to the Norfolk, VA homeport area. The complete proposal request (RFP) Package will be available for download on SAM.gov around August 1, 2023. For more information, contact Kiana Hamilton at kiana.hamilton@navy.mil.
    DRY CARGO TUGCON
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command Norfolk, is seeking information from qualified vendors regarding the procurement of a Dry Cargo Tugcon for an open-ocean tow mission. The objective is to identify a U.S. flag, ocean-going certified tug capable of towing a YRBM-32 Berthing Barge from Joint Base Pearl Harbor-Hickam, HI, to Puget Sound Naval Shipyard, Bremerton, WA, between January 5-23, 2026, with specific requirements including a minimum tow speed of six knots and internet and satellite phone capabilities. This opportunity is critical for ensuring the effective transportation of military assets and requires interested parties to submit detailed information, including a lump-sum price and transit plan, by November 18, 2025. For further inquiries, vendors may contact David Anaya at david.c.anaya.civ@us.navy.mil or Christopher Tomlin at christopher.a.tomlin5.civ@us.navy.mil.
    DATA SERVICES
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NIWC Pacific, intends to negotiate a sole source award for data services with S and P Global Market Intelligence, LLC. The procurement involves the Panjiva Platform - Xpressfeed, specifically for a quantity of five units, under the authority of FAR 13.106-1(b), which allows for negotiation with only one source capable of fulfilling the government's requirements. This acquisition is critical for the government’s data processing and web hosting needs, falling under the NAICS Code 518210, which encompasses computing infrastructure providers. Interested parties are encouraged to submit capability statements, comments, or questions via email to Zachary Pilkington at zachary.t.pilkington.civ@us.navy.mil by 0800 PST on December 15, 2025, as phone or fax inquiries will not be considered.
    TUGCON; Jones Act; Open-Ocean Tow
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command Norfolk, is soliciting proposals for a firm-fixed-price contract to charter a U.S. flag, Jones Act compliant, ocean-certified tugboat. The primary objective is to tow a decommissioned Guided Missile Cruiser from Naval Station Norfolk, VA, to the Naval Inactive Ship Maintenance Facility in Philadelphia, PA, by February 13, 2026, with proposals due by December 18, 2025, at 1100 Eastern Time. This contract is a Total Small Business Set-aside under NAICS Code 483111, emphasizing the need for sufficient bollard pull, endurance for the entire voyage, and communication capabilities, alongside the requirement for an Independent Marine Surveyor for oversight. Interested parties can reach out to Matthew Price at matthew.r.price40.civ@us.navy.mil or 757-341-3348 for further details.
    Voluntary Intermodal Sealift Agreement (VISA) - 2024 Renewal
    Dept Of Defense
    Opportunity Overview: The primary purpose of this federal contract is to secure contingency sealift services for the Department of Defense (DOD) under the Voluntary Intermodal Sealift Agreement (VISA). The focus is on ensuring the availability of commercial shipping capacity for emergency deployments worldwide. VISA aims to establish partnerships with maritime companies to provide the DOD with efficient and flexible shipping solutions. The agreement offers incentives for companies to commit vessel capacity to the program, including priority for peacetime cargo contracts. Scope of Work: The key tasks for the awardee include: Committing a specified percentage of their maritime capacity to different stages of contingency operations, as outlined in the VISA Terms and Conditions. Providing detailed information about their vessels, including technical specifications, capabilities, and pricing, as detailed in the Carrier Vessel Information Sheet. Adhering to the agreed-upon capacity commitments, ensuring vessel availability, and maintaining the ability to fulfill DOD requirements within specified timeframes. Delivering, loading, and redelivering vessels as required, with potential charter periods of up to five years. Complying with international regulations, American Petroleum Institute (API) standards, and safety protocols for loading/discharging processes. Eligibility Criteria: Eligibility for this opportunity appears to be focused on maritime companies or operators possessing the following: A fleet of vessels capable of prompt deployment for contingency operations. Capacity and infrastructure to meet the required services, including a diverse range of vessel types. Experience and expertise in maritime transportation, preferably with a track record of working with the DOD or on similar contingency operations. Funding and Contract Details: The contract is expected to be firm-fixed-price, with an estimated value of between $500,000 and $36 million over the potential ten-year period of performance. The base period spans five years, from October 2024 to September 2029, with an optional five-year extension. The government has indicated a submission deadline of August 27, 2024. Submission Process: For current VISA participants, the process involves confirming their desire to remain in the program and submitting updated vessel commitment information. New participants must enroll online through the Maritime Administration (MARAD) website. All participants must provide the required vessel information and undergo a review/signature process with MARAD and USTRANSCOM. Evaluation Criteria: The government will evaluate submissions based on several factors: Alignment with VISA requirements, including capacity commitment levels and vessel suitability. Past performance and experience, demonstrating a successful track record in maritime operations and contingency support. Cost reasonableness and price competitiveness. Technical merit, safety features, and crew qualifications. Contact Information: For further clarification, interested parties can contact the primary point of contact, Shanda L. Lyman, at shanda.l.lyman.civ@mail.mil or 618-817-9484. A secondary contact is Lynn Fitzgerald at lynn.c.fitzgerald2.civ@mail.mil or 618-817-9451.
    Notice of Intent to Sole Source - mLINQS
    Commerce, Department Of
    The U.S. Department of Commerce (DOC) intends to negotiate a sole-source contract with MLINQS, LLC for the continued use of its relocation software, mLINQS, which is essential for facilitating travel relocation services for DOC employees. This acquisition will involve a one-year base contract with four additional one-year priced options, following the existing GSA schedule contract GS-33F-0007U. The mLINQS software is crucial for standardizing relocation processes across various bureaus within the DOC, ensuring compliance with federal regulations and enhancing operational efficiency. Interested parties may submit responses within 15 days of this notice to challenge the sole-source determination, with inquiries directed to Cameron Brooks and Brandon Harrell via their provided email addresses.